Loading...
1389 Bellomo Herbert WO 2011-02i097 EXHIBIT A WORK ORDER FORM CITY OF SANFORD, FLORIDA Master Agreement/Contract Number: /..�O-r, - Work Order Number: °� 0// 1) Dated: Contract/Project Title: Riverwalk Phase II Conceptual Design Analysis Solicitation No: Sanford Project No: Purchase Order No: Consultant/Contractor: Bellomo Herbert & Company. Inc. Consultant/Contractor's Business Address, Phone Number, Fax Number and E -mail address: 833 Highland Avenue, Suite 201, Orlando, Florida 32803 Phone (407) 422 -4845 Fax (407) 422 -0699 e -mail address frank(c)-bellomo- herbert.com ATTACHMENTS TO THIS WORK ORDER [ ] DRAWINGS /PLANS /SPECIFICATIONS [x] SCOPE OF SERVICES [ ] SPECIAL CONDITIONS [ ] UNIT PRICING SCHEDULE METHOD OF COMPENSATION: [x] FIXED FEE BASIS [ ] TIME BASIS - NOT -TO- EXCEED AMOUNT [ ] TIME BASIS - LIMITATION OF FUNDS [ ] UNIT PRICE BASIS - NOT -TO- EXCEED AMOUNT TIME FOR COMPLETION: The services to be provided by the CONSULTANT /CONTRACTOR shall commence upon execution of this Work Order by the parties and shall be completed within the time frame of forty five (45) days of the effective date of this Work Order. Failure to meet the stated completion time requirement may be grounds for termination for default. Work Order Amount: X Fixed ❑ Not to Exceed Thirty five thousand eight hundred and fifty Dollars ($ 35.850.00 ) IN WITNESS WHEREOF, the parties hereto have made and executed this W, rrk Order n tfle respective dates under each signature: the CITY through its City Commssion taking action on the,��''d�y of 6tPQif , 2011 , and the CONSULTANT /CONTRACTOR by and through its duly authorized corporate officer having the full and complete authority to execute same. ATTE By: peir J Corporate Secretary or Witness TTE T` Janet Dougherty, City Clafk CO LTA TRACTOR: aK ., _Frank Bellomo, President Printed Name and Title EXHIBIT "A "(page 2) WORK ORDER TERMS AND CONDITIONS Execution of this Work Order by the CITY shall serve as authorization for the CONSULTANT /CONTRACTOR to provide goods and /or services for the above project as set out in the Scope of Services which is attached as Exhibit "A," as well as all other exhibits attached to that certain Agreement cited on the face of this Work Order all of which are incorporated herein by reference as if they had been set out in its entirety and as further delineated in the specifications, conditions and requirements stated in the listed documents which are attached hereto and made a part hereof. The CONSULTANT /CONTRACTOR shall provide said goods and /or services pursuant to this Work Order, its attachments and the above - referenced Agreement and its exhibits. If this Work Order conflicts with said Agreement or exhibits, the Agreement and exhibits shall prevail. TERM: This Work Order shall take effect on the date of its execution by the CITY and expires upon final delivery, inspection, acceptance and payment unless terminated earlier in accordance with the Termination provisions herein. METHOD OF COMPENSATION: (i) FIXED FEE BASIS. If the compensation is based on a "Fixed Fee Basis," then the CONSULTANT /CONTRACTOR shall perform all work required by this Work Order for the Fixed Fee Amount indicated as the Work Order Amount. The fixed feel is an all- inclusive Firm Fixed Price binding the CONSULTANT /CONTRACTOR to complete the work for the Fixed Fee Amount regardless of the costs of performance. In no event shall the CONSULTANT /CONTRACTOR be paid more than the Fixed Fee Amount. (ii) TIME BASIS WITH A NOT TO EXCEED AMOUNT. If the compensation is based on a "Time Basis Method" with a Not -to- Exceed Amount, then the CONSULTANT /CONTRACTOR shall perform all work required by this Work Order for a sum not exceeding the amount indicated as the Work Order Amount. In no event is the CONSULTANT /CONTRACTOR authorized to incur expenses exceeding the Not -To- Exceed Amount without the express written consent of the CITY. Such consent will normally be in the form of an amendment to this Work Order. The CONSULTANT /CONTRACTORSs compensation shall be based on the actual work required by this Work Order and the Labor Hour Rates established in the Master Agreement. (iii) TIME BASIS WITH A LIMITATION OF FUNDS AMOUNT. If the compensation is based on a "Time Basis Method" with a Limitation of Funds Amount, then the amount identified as the Work Order Amount becomes the Limitation of Funds amount which shall not be exceeded without prior written approval of the CITY. Such approval, if given by the CITY, will indicate a new Limitation of Funds amount. The CONSULTANT /CONTRACTOR shall advise the CITY whenever the CONSULTANT /CONTRACTOR has incurred expenses on this Work Order that equals or exceeds eighty percent (80 %) of the Limitation of Funds amount. The CONSULTANT /CONTRACTOR's compensation shall be based on the actual work required by this Work Order and the Labor Hour Rates established in the Master Agreement. (iv) UNIT PRICE BASIS WITH A NOT TO EXCEED AMOUNT. If the compensation is based on a "Unit Price Basis," then the CONSULTANT /CONTRACTOR shall perform all work required by this Work Order for the amount resulting from computing the quantity(ies) of defined units and agreed upon unit pricing to establish amount of CONTRACTOR'S compensation. All adjustments to quantities shall be approved by the Project Manager. Prior written approval by the City is required to adjust the not to exceed amount. The CITY shall make payment to the CONSULTANT /CONTRACTOR in strict accordance with the payment terms of the above - referenced Agreement. It is expressly understood by the CONSULTANT /CONTRACTOR that this Work Order, until executed by the CITY, does not authorize the performance of any services by the CONSULTANT /CONTRACTOR and that the CITY, prior to its execution of the Work Order, reserves the right to authorize a party other than the CONSULTANT /CONTRACTOR to perform the services called for under this Work Order if it is determined that to do so is in the best interest of the CITY. The CONSULTANT /CONTRACTOR shall execute this Work Order first and the CITY second. This Work Order becomes effective and binding upon execution by the CITY and not until then. A copy of this executed Work Order along with a Purchase Order will be forwarded to the CONSULTANT /CONTRACTOR at the completion of that action. It is noted that the Purchase Order Number must be indicated on all invoices germane to the Work Order. EXHIBIT "B" SCOPE OF SERVICES PROJECT: RIVERWALK PHASE II CONCEPTUAL DESIGN ANALYSIS Bellomo- Herbert & Company, Inc. (hereinafter referred to as the CONSULTANT) and the City of Sanford (hereinafter referred to as the CITY) hereby agree as follows: I. DESCRIPTION OF WORK The CONSULTANT has been requested to provide professional landscape architectural services to the CITY for the completion of refined and more detailed conceptual design drawings for the proposed Sanford Riverwalk Phase II, so that FDOT preliminary approval can be obtained. The purpose of this conceptual design analysis is to perform a feasibility review of the conceptual documents to determine constructability, perform a safety review, provide a projected cost analysis, obtain conceptual approval from the primary stakeholders, and begin the process of finalizing a Joint Project Agreement between the parties. II. GENERAL SCOPE OF THE WORK The part of the Project for which the CONSULTANT is to perform services is generally described as follows: A. TASK 1 — HORIZONTAL GEOMETRIC ANALYSIS The CONSULTANT will review the existing survey in concert with the proposed conceptual Riverwalk improvements (prepared under an earlier agreement between the CONSULTANT and the CITY) to determine the most economical roadway alignment and roadway horizontal geometry that will meet FDOT requirements, including: roadway cross slopes, including shoulders; left turn lanes and transition tapers; roadway curve radii; superelevation slopes; and compliance with ADA longitudinal slope requirements across the roadway. The horizontal analysis will include the following services: • Review of existing and proposed horizontal alignment curvature(s) and superelevation rates per AASHTO Greenbook • Impact analysis to natural features along south right of way line • Grade analysis to determine height of gravity wall and location of guard rail as related to roadway shoulder cross slope • Roadway cross slope analysis to verify compliance with FDOT design standards, as well as, ADA requirements for the pedestrian crossings (longitudinal slopes) • Proximity to existing intersections or commercial /residential driveways for compliance with FDOT's Driveway Handbook • Coordination with CLIENT on vertical constraints of existing terrain or proposed design on proposed parking options. A. TASK 2 — RIVERWALK ALIGNMENT ANALYSIS Page 1 Riverwalk 11 Conceptual Design Analysis 04 -25 -04 The CONSULTANT will review the proposed conceptual improvements with the recently completed survey to determine the preferred alignment of the Riverwalk which will meet FDOT requirements and minimize environmental impacts and overall project costs. The CONSULTANT will review the proposed design options for the pedestrian boardwark/trail, fishing access locations, proposed turn lanes, etc. for constructability, safety, and impacts of adjacent natural features (i.e. Lake Monroe, wetlands, etc.). The horizontal analysis will include the following services: • Proposed alignment of the Riverwalk. • Preliminary grade analysis to determine limits of gravity retaining wall, guard rail, or other barrier treatments. • Detailed, dimensioned plan of the proposed fishing area parking and overlooks. • Sight visibility will be analyzed at each proposed entrance /exit to the fishing area parking locations. B. TASK 3 — CROSS SECTIONS Upon completion of the horizontal geometric analysis, and the locations of proposed turn lanes and /or fishing access locations are finalized, six (6) detailed cross sections will be created in those key areas to verify horizontal and vertical constructability requirements. The cross sections will include the following: • Existing roadway features • Proposed roadway location, lane widths, and slopes • Right of Way location • Cross slope analysis to meet FDOT design standards, as well as, ADA requirements. • Approximate locations of major existing utilities above and below ground where available by as -built documentation. • Proposed guardrails, cross slope changes, or other improvements to achieve proposed design while minimizing modifications to existing vertical geometry. C. TASK 4 — SEA WALL ANALYSIS An analysis of the extent of the sea wall needing to be reconstructed will be performed in order to determine beginning and end points. In addition, the preliminary location and elevations of sea wall tie backs will be provided in order to determine their impact, if any, on the Riverwalk horizontal or vertical location. D. TASK 5 — MEETINGS The CONSULTANT will coordinate and attend meetings with the CITY, FDOT District 5, and SJRWMD in order to discuss the conceptual design, identify any necessary variations or exceptions, secure tentative approval of the conceptual design documents, and facilitate a JPA between the parties. Within this task are up to two (2) meetings with the CITY, two (2) meetings with the FDOT District 5 staff, and one (1) meeting with SJRWMD staff. Meetings required beyond these will be handled as an additional service, and billed in accordance with our Standard Hourly Rates. Page 2 Riverwalk 11 Conceptual Design Analysis 04 -25 -04 E. TASK 6 — DESIGN VARIATION ANALYSIS The CONSULTANT will review the documents and identify any necessary FDOT design variations or exceptions. Review of the previously prepared conceptual documents indicates the necessity for a design variance for the shoulder width and /or horizontal clear zone, as well as for the use of guardrail adjacent the proposed fishing access facilities. The CONSULTANT will endeavor to obtain preliminary FDOT concurrence for the proposed variations however actual variation applications will not be submitted. E. TASK 7 — COST ESTIMATE The CONSULTANT will prepare a preliminary construction cost estimate based on the refined design documents. The cost estimate will include expected materials, labor, design fee, and contingencies necessary to construct the proposed improvements. III. COMPENSATION As compensation for the above described work, the CONSULTANT shall receive lump sum professional services fees of $35,850.00 as broken out below. • Task 1 — Horizontal Geometric Analysis $ 8,500.00 • Task 2 — Riverwalk Alignment Analysis $ 7,950.00 • Task 3 — Cross Sections $ 6,250.00 • Task 4 — Sea Wall Analysis $ 2,750.00 • Task 5 — Meetings $ 5,750.00 • Task 6 — Design Variation Analysis $ 2,650.00 • Task 7 — Cost Estimate $ 2,000.00 TOTAL $35,850.00 IV. SERVICES NOT INCLUDED The following services are not anticipated and, therefore, not included in this Agreement at this time: • Construction Documents • Final FDOT Approval • Final Variation /Exception Approval • Permitting • Special meetings with agencies, other consultants or CLIENT not normally required to perform the work described in the Scope of Services, except those meetings specifically identified in the above Scope of Work • Traffic studies • Stormwater management preliminary design Page 3 Riverwalk 11 Conceptual Design Analysis 04 -25 -04 • Any other issues not specifically identified in this proposal V. ADDITIONAL SERVICES Additional Services beyond the basic services provided by the CONSULTANT and as outlined herein shall be compensated as outlined in the Prime Agreement. Page 4 Riverwalk 11 Conceptual Design Analysis 04 -25 -04 'P P 7 �� WS RM X_ Item No. r I jM1 a CITY COMMISSION MEMORANDUM 11.069.B APRIL 25, 2011 AGENDA To: Honorable Mayor and Members of the City Commission PREPARED BY Christopher Smith, Project Manager SUBMITTED BY Tom George, Interim City Manager S UBJECT: Work Order for RiverWalk, Phase II SYNOPSIS: Approval of a work order for the preliminary planning design and engineering (PDE) required for the Sanford RiverWalk, Phase II for Bellomo Herbert and Company, Inc. and a budget transfer from the Second Generation One Cent Sales Tax, Seminole County Cost Share account, are requested. FISCAL/STAFFING STATEMENT: Funding for this project is available in the $2.9M Seminole County Cost Share portion of the Second Generation One Cent Sales Tax. BACKGROUND: Sanford RiverWalk, Phase I, spanning from Mellonville Avenue to French Avenue was completed in 2004. Phase II is proposed along US 17/92 from French Avenue to CR 15. As this project progresses to the design stage and due to a recent permitting strategy meeting with the Florida Department of Transportation (FDOT), FDOT has requested additional civil engineering and utility cross - section and geometric analysis to be performed for further feasibility. The review would be based upon surveying information which has been collected as part of our efforts to obtain design approval from FDOT. The project will provide a continual rural pedestrian RiverWalk theme along US 17/92 on the north side of the roadway along Lake Monroe between the roadway pavement and the current seawall. The project design concept includes a 14' wide concrete multi -use path along the entire lakefront, a pedestrian bridge at Mill Creek, some seawall replacement at the eastern end of the project and ample shoreline protection where there is no seawall present along the western portion. Bellomo Herbert and Company, Inc. has provided a fixed fee proposal in the amount of $35,850 for these additional PDE services as required by FDOT. The continuing contract for Bellomo Herbert and Company, Inc. is current and in good standing with the city. LEGAL REVIEW: N/A RECOMMENDATION: Staff recommends the City Commission approve a Work Order with Bellomo Herbert and Company, Inc., in the fixed fee amount of $35,850 for the additional PDE services as required for the Sanford RiverWalk Phase II PDE and a budget transfer from the Seminole County Cost Share of the Second Generation One Cent Sales Tax as necessary. SUGGESTED MOTION: "I move to approve the Consent Agenda." Attachments: Exhibit "A" Work Order, Bellomo Herbert and Company, Inc. Exhibit `B" Scope of Services T:\E &P Memos\2011 E &P Memos\RiverWalk PHII, PDE Additional Services \CC Memo RiverWalk PH II Preliminary PDE Proposal Add Services.doc